Design-Bid-Build – Repair 400 Aircraft Parking Ramp - Phases 5 & 8, Travis AFB, CA Project numbers XDAT06100105 (Phase 5) and XDAT06100108 (Phase 8)
ID: FA890325B0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small businesses to undertake the Design-Bid-Build project for the repair of the 400 Aircraft Parking Ramp at Travis Air Force Base, California, encompassing Phases 5 and 8. The project entails the demolition and replacement of approximately 60,000 square yards of concrete pavements and associated drainage utilities, with a focus on ensuring compliance with Department of Defense specifications. This initiative underscores the importance of involving small businesses in significant federal construction projects, with an estimated construction cost ranging from $25 million to $100 million and a projected completion period of 540 days. Interested firms must submit their qualifications, including relevant past project examples and key personnel experience, by February 19, 2025, and should contact Hilary A. Swanson at hilary.swanson@us.af.mil or Salvador Castillo at salvador.castillo@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Installation Contracting Center is seeking qualifications from small businesses to undertake the Design-Bid-Build project for repairing the 400 Aircraft Parking Ramp at Travis AFB, California, covering Phases 5 and 8. The project involves the demolition and replacement of approximately 60,000 square yards of concrete pavements and associated drainage utilities. The Air Force aims to assess if a sufficient number of capable small business concerns exist for project set-aside under socio-economic categories such as HUBZone, 8(a), WOSB, or SDVOSB. Interested parties should demonstrate experience in airfield pavement projects, especially those meeting Department of Defense specifications. The awarded contract will likely be a single Firm Fixed Price and requires the prime contractor to perform a minimum of 15% of the work independently. Interested businesses must submit qualifications, including relevant past project examples and key personnel experience, by February 19, 2025. The estimated construction cost is between $25 million and $100 million, with a projected completion period of 540 days. Registration with the System for Award Management is required before contract awards. This initiative reflects the Government's commitment to involving small businesses in substantial federal construction projects while ensuring compliance with requisite guidelines.
    The Air Force Installation Contracting Center is seeking qualifications from small businesses for a Design-Bid-Build project aimed at repairing the Aircraft Parking Ramp at Travis AFB, CA, specifically Phases 5 and 8. With project numbers XDAT06100105 and XDAT06100108, the initiative is a total small business set-aside, focusing on firms with experience in full-depth airfield pavement repair and replacement in Department of Defense installations. The project involves demolishing and replacing approximately 60,000 square yards of concrete pavement and associated drainage utilities, with an estimated completion period of 540 days. Bidders must provide substantial evidence of their capabilities and past performances related to similar projects. The contract aims for a fixed-price approach and may involve a Project Labor Agreement. Interested firms must respond by February 19, 2025, including details about their organizational structure, previous relevant projects, and any conditions regarding a PLA. The document emphasizes the necessity for contractors to register in SAM and meet specific bonding and performance standards.
    The document outlines the requirements for firms interested in responding to a federal Request for Proposals (RFP) under NAICS code 237310, which pertains to construction and engineering services. It requests essential firm information, including the business name, CAGE and UEI codes, address, and contact details. It categorizes firms based on size and ownership status, requiring classifications such as Small Business, Foreign Owned, and the various Small Business Administration (SBA) socioeconomic certifications. Firms need to define their business status regarding small business designations and select applicable certifications for eligibility. The document indicates an emphasis on promoting small businesses in federal contracting opportunities, thus aiming to foster diversity and inclusivity in procurement practices. Overall, it serves as a preliminary questionnaire for firms assessing their capability and eligibility to engage in federal projects while adhering to specific classification guidelines.
    The document outlines requirements for firms responding to a federal solicitation, primarily focused on small business classifications and certifications. It prompts firms to provide essential identifying information, such as their name, CAGE Code, UEI, and contact details. Interested firms must indicate if they qualify as a small business or have any specific SBA socioeconomic certifications relevant to NAICS 541330, which has a size standard of $22.5 million. Furthermore, firms can specify their ownership status, whether it be Foreign Owned or other designations. This template serves as a tool for the federal government to gather pertinent information on potential contractors, particularly emphasizing inclusivity of various small business categories and their respective certifications. By collecting this data, the government aims to ensure compliance with regulations that promote fair competition and support small businesses in government contracting opportunities.
    Similar Opportunities
    Travis AFB - MACC BOA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry input for a Multiple Award Construction Contract (MACC) Basic Ordering Agreement (BOA) at Travis Air Force Base, located in Moffett Field, California. This procurement aims to establish a framework for competitive task orders related to the construction of miscellaneous buildings, with contractors required to submit a technical evaluation that includes a concept design across various construction disciplines. The initiative emphasizes the importance of small businesses' capacity to manage projects independently or through subcontracting, while also addressing bonding capabilities as per FAR regulations. Interested parties can reach out to John De Pedro at johnrexter.depedro@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil for further details and to provide feedback on the proposed contracting strategies.
    PKA - Multiple Award Construction Contract (MACC) Travis AFB, CA
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron, is planning to solicit a Multiple Award Construction Contract (MACC) for Travis Air Force Base in California. This contract, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, will cover a range of construction-related tasks, including maintenance, renovations, and demolition, to be executed via individual Task Orders. The total potential value of the task orders is estimated at up to $95 million over a seven-year period, with individual orders ranging from $50,000 to $10 million, and the contract is set aside for 8(a) small businesses under NAICS code 238990. Interested contractors must register in the System for Award Management (SAM) database and are encouraged to attend a scheduled site visit, with the solicitation expected to be released around April 30, 2025. For further inquiries, interested parties can contact Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project aims to enhance military readiness by providing a facility for maintenance operations, including administrative offices and storage for the KC-46A aircraft, with an estimated project cost ranging from $100 million to $250 million. The project underscores the importance of adhering to strict environmental guidelines and safety standards, particularly concerning hazardous materials, while ensuring compliance with federal regulations throughout the construction process. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil, with proposals due by March 25, 2025, following a scheduled site visit on January 29, 2025.
    Design/Bid/Build-Taxiway-Westover Air Reserve Base,MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a Design/Bid/Build project to construct a new taxiway at Westover Air Reserve Base in Massachusetts. The project involves the construction of a 3,816-foot-long by 75-foot-wide Portland cement concrete taxiway extension, including necessary earthwork, grading, drainage, utility relocations, and airfield lighting, to support C-5M aircraft and global airlift missions. This opportunity is crucial for enhancing airfield operations and ensuring maintenance capabilities for military aircraft. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by March 21, 2025, with a submission that includes company verification, project experience, and bonding documentation, to Kellsie Peacher at kellsie.a.peacher@usace.army.mil. The estimated contract value ranges from $25 million to $100 million, with a project duration of approximately 625 calendar days.
    Repair Airfield Parking Ramp PH III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "Repair Airfield Parking Ramp Phase III" project at Joint Base Charleston, South Carolina. This competitive procurement is set aside for Historically Underutilized Business (HUBZone) firms and requires contractors to provide labor, materials, and equipment for repairs, with an estimated project budget between $1 million and $5 million. The project is crucial for maintaining airfield operational readiness and safety, with a performance period of 140 calendar days starting from the notice to proceed, expected to be issued on August 4, 2025. Interested contractors must submit proposals by April 3, 2025, and can direct inquiries to Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further clarification.
    Family Camp RV Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, with an estimated project cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military families, ensuring compliance with federal construction standards and environmental regulations throughout the project. Interested contractors must submit their bids by April 7, 2025, and can direct inquiries to Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.
    Travis AFB - Gas Meter Replacement Services - Synopsis
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron of the Department of the Air Force, is seeking proposals for Gas Meter Replacement Services at Travis Air Force Base (AFB) in California. The project involves replacing gas meters in several specified buildings, ensuring compliance with existing codes, standards, and environmental regulations. This procurement is crucial for maintaining operational safety and efficiency at the base, with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must have an active registration with SAM.gov and may contact John De Pedro at johnrexter.depedro@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil for further inquiries.
    IFB - Beale Aircrew Readiness Facility
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base in California. This project, categorized under NAICS Code 236220 and set aside for small businesses, involves comprehensive upgrades including electrical system enhancements, structural renovations, and the installation of essential equipment such as a generator and telecommunication infrastructure. The initiative underscores the importance of maintaining military infrastructure to support operational readiness and safety, with a projected contract value between $5 million and $10 million. Interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details and adhere to the submission guidelines outlined in the solicitation documents, with a completion target set for March 6, 2025.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.